Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2007 FBO #1930
MODIFICATION

36 -- Laser Marking Equipment (including software) and Smart Readers

Notice Date
3/8/2007
 
Notice Type
Modification
 
Contracting Office
GovWorks, Attn. Mr. Jehad A. Salameh 381 Elden Street, Suite 4000 Herndon VA 20170
 
ZIP Code
20170
 
Solicitation Number
0407RFP67436
 
Response Due
3/23/2007
 
Archive Date
3/7/2008
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a Request for Quote is being issued by GovWorks under the Department of the Interior Franchise Fund on behalf of USAF/HQ AFMC, Wright-Patterson AFB, OH. The procurement and resultant contract administration as well as payment of invoices will be handled by GovWorks. GovWorks is a Federal Franchise Fund Contracting Office under the authority of the Government Management Reform Act and provides contracting support to all Federal civilian and DoD Agencies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-14, Effective 22 November 2006. PRODUCTS REQUESTED: Note: ALL ITEMS MAY BE QUOTED AS BRAND NAME OR EQUAL. UID Marking Equipment - Warner Robins ALC 1. Laser Etch Marking Equipment / System 1.1. Deliver and set up CO2 Laser Etch marking work stations 1.2. Two (2) units total. 1.3. Laser must be CO2, 20 Watt Fiber, with Hand Held 3 Inch Diameter Lens. 1.4. System must be capable of producing DOD MIL-STD-130M compliant UID 2D marks on metal data plates; aluminum and stainless steel 1.5. Systems must include PC, software, and any other accessory items necessary for operation and management of the UID data, including uploading UID data via Ethernet connection to the Air Force and / or DOD IUID registry. TRIAD software is the preferred local UID data management application. 1.6. Mobile cart work station is preferred, with dimensions approximately 44"X86"X45" OAH. 1.7. Each unit delivered must include two sets of operating and maintenance manuals, including applicable software users guide; request that manuals be provided in electronic format (MS Word preferred; Adobe Acrobat with editing capability enabled is acceptable) in addition to hard copies. 2. Laser Etch Marking Equipment / System 2.1. Deliver and set up CO2 Laser Etch marking work stations 2.2. Three (3) units total. 2.3. Laser must be CO2, 75 Watt. 2.4. System must be capable of producing DOD MIL-STD-130M compliant UID 2D marks on metal data plates; aluminum and stainless steel. 2.5. Systems must include PC, software, and any other accessory items necessary for operation and management of the UID data, including uploading UID data via Ethernet connection to the Air Force and / or DOD IUID registry. TRIAD software is the preferred local UID data management application. 2.6. Mobile cart work station is preferred, with dimensions approximately 44"X86"X45" OAH. 2.7. Each unit delivered must include two sets of operating and maintenance manuals, including applicable software users guide; request that manuals be provided in electronic format (MS Word preferred; Adobe Acrobat with editing capability enabled is acceptable) in addition to hard copies. 3. Dot Peen Marking Equipment / System 3.1. Deliver and set up Dot-peen direct part marking work stations 3.2. Five (5) units total. 3.3. Dot-peen must be capable of direct part marking on cast aluminum, steel, and titanium aircraft engine parts 3.4. System must be capable of producing DOD and MIL-STD-130 compliant UID 2D marks 3.5. Systems must include PC, software, and any other accessory items necessary for operation and management of the UID data, including uploading UID data via Ethernet connection to the Air Force and / or DOD IUID registry. TRIAD software is the preferred local UID data management application. 3.6. Mobile cart work station with portable dot peen device is preferred; with capability to either set parts to be marked on the unit transport to portable dot peen device to the part. 3.7. Each unit delivered must include two sets of operating and maintenance manuals, including applicable software users guide: request that manuals be provided in electronic format (MS Word preferred; Adobe Acrobat with editing capability enabled is acceptable) in addition to hard copies. 4. Smart Reader: Used for Reading Data Matrix. 4.1 Six (6) units total. 4.2 Self-contained, with UID Validation and parent-child software and UID legacy marking software, with ability to format data for presentation to UID registry on the reader. 4.3 Symbol MC9090 DPM is the preferred Smart Reader (industrial wireless mobile computer). 5. Marking Verification Equipment 5.1. Each system supplied must include ability to validate and verify quality of each UID symbol 5.2. Camera shall have auto adjust or fine tune rheostat, crank, or knob type manual focus 6. Technical Support 6.1. Provide description of additional technical support provided along with applicable cost if not included with equipment purchase 7. Firms are encouraged to provide any applicable recommendations and/or considerations. All deliveries under this order will be FBO Destination and delivered within 30 days after receipt of award. The proposed delivery address is as follows: WR-ALC/402 CMXG Building 169 - West End Receiving Corner of Cochran Street and First Street Robins AFB, GA 31098 Attn: Don Bell 402 CMMXSS/MXCOPA UID Marking Equipment - Ogden ALC 1. Laser Etch Marking Equipment / System 1.1. Deliver and set up CO2 Laser Etch marking work stations 1.2. Seven (7) units total. 1.3. Laser must be CO2, 75 Watt. 1.4. System must be capable of producing DOD MIL-STD-130M compliant UID 2D marks on metal data plates; aluminum and stainless steel. 1.5. Systems must include PC, software, and any other accessory items necessary for operation and management of the UID data, including uploading UID data via Ethernet connection to the Air Force and / or DOD IUID registry. TRIAD software is the preferred local UID data management application. 1.6. Mobile cart work station is preferred, with dimensions approximately 35"X65"X40" OAH. 1.7. Each unit delivered must include two sets of operating and maintenance manuals, including applicable software users guide; request that manuals be provided in electronic format (MS Word preferred; Adobe Acrobat with editing capability enabled is acceptable) in addition to hard copies. 2. Dot Peen Marking Equipment / System 2.1. Deliver and set up Dot-peen direct part marking work stations 2.2. Seven (7) units total. 2.3. Dot-peen must be capable of direct part marking on cast aluminum, steel, and titanium aircraft engine parts 2.4. System must be capable of producing DOD and MIL-STD-130 compliant UID 2D marks 2.5. Systems must include PC, software, and any other accessory items necessary for operation and management of the UID data, including uploading UID data via Ethernet connection to the Air Force and / or DOD IUID registry. TRIAD software is the preferred local UID data management application. 2.6. Mobile cart work station with portable dot peen device is preferred; with capability to either set parts to be marked on the unit transport to portable dot peen device to the part. 2.7. Each unit delivered must include two sets of operating and maintenance manuals, including applicable software users guide: request that manuals be provided in electronic format (MS Word preferred; Adobe Acrobat with editing capability enabled is acceptable) in addition to hard copies. 3. Smart Reader: Used for Reading Data Matrix. 3.1 Seventeen (17) units total. 3.2 Self-contained, with UID Validation and parent-child software and UID legacy marking software, with ability to format data for presentation to UID registry on the reader. 3.3 Symbol MC9090 DPM is the preferred Smart Reader (industrial wireless mobile computer). 4. Marking Verification Equipment 4.1. Each system supplied must include ability to validate and verify quality of each UID symbol 4.2. Camera shall have auto adjust or fine tune rheostat, crank, or knob type manual focus 5. Technical Support 5.1. Provide description of additional technical support provided along with applicable cost if not included with equipment purchase 6. Firms are encouraged to provide any applicable recommendations and/or considerations. All deliveries under this order will be FBO Destination and delivered within 30 days after receipt of award. The proposed delivery address is as follows: OO-ALC Central Receiving 5851 F Ave Hill AFB, UT 84056 The following provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items. Evaluation will be performed using the Lowest Price Technical Acceptable Quote. 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. Note: quoters shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. 52.212-4 Contract Terms and Conditions-Commercial Items including the following addenda: GovPay Electronic Invoicing Requirements: All payment requests must be submitted electronically through GovPay. "Payment request" means any request for contract financing payment or invoice payment by a contractor. To constitute a proper invoice, the GovPay payment request must conform to the requirements identified in FAR 32.905(b), "Payment Documentation and Process" and FAR 52.232-25, "Prompt Payment (OCT 2003)". To ensure the timely processing of invoices GovPay uses an automated "workflow" process to route invoices for review, approvals and payment; as required by the "Prompt Payment Act". 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders. Within FAR 52.212-5, the following clauses apply to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.225-1, Buy American Act-Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.204-7 Central Contractor Registration is incorporated by reference. Due Date Information: Responses to this RFQ, shall be via electronic submission to Jehad.Salameh@mms.gov on or before 03/09/2007, 2:00 pm Eastern Standard Time. All inquiries must be via email, and all questions and responses will be posted to the FEDBIZOPS website as an amendment to this original announcement. Questions concerning this solicitation MUST be submitted no later than 03/05/2007, 2:00 pm Eastern Standard Time. Price quotes shall include the following: A price for each item and the extended price total. Your price quote will include the Contract pricing, and the discounted price, and the % discount provided to the government. Your Quote MUST include the following Information: Tax identification number (TIN); Dun & Bradstreet Number (DUNS); Complete Business Mailing Address; Contact Name; Contact Phone; Contact Fax Number; and Contact email address.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NB1401GW&objId=352823)
 
Place of Performance
Address: Robins AFB, GA and Hill AFB, UT
Zip Code: 201704817
Country: US
 
Record
SN01246851-W 20070310/070308221205 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.